Cranes and Hoists Maintenance and Repair - Wright Patterson AFB
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a Firm Fixed-Price (FFP) contract for Cranes and Hoists Maintenance and Repair services at Wright-Patterson Air Force Base (WPAFB), Ohio. This opportunity is a 100% Small Business Set-Aside. Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach.
Opportunity Details
This combined synopsis/solicitation (FA860126R0002) seeks a contractor to provide comprehensive maintenance, inspection, and repair services for cranes, hoists, and auto lifts. The NAICS code is 811310 with a $12.5 million small business size standard. The contract is anticipated to include a base year and four option years, with a period of performance from May 1, 2026, through April 30, 2031.
Scope of Work
The contractor will be responsible for furnishing all management, labor, tools, supplies, parts, equipment, and transportation. Key services include:
- Preventive Maintenance (PM) Inspections: Adhering to standards such as ANSI B30 series, AFI 91-203, and ASME B30.11-2004.
- Equipment Repairs: Responding to routine and emergency service calls, providing written estimates, and performing repairs.
- Inspections & Load Testing: Conducting yearly PM inspections, adjusting limit switches, magnetic particle inspections on hooks, and load testing as required.
- Reporting: Submitting PM schedules, inspection reports, written repair estimates, and repair reports.
- Quality Control: Developing and maintaining a quality control program.
- Environmental & Safety Compliance: Adhering to OSHA, AFOSH, and specific environmental protection requirements (Attachment 6).
- "Over and Above" Work: Repairs outside routine maintenance, managed via Task Orders, with a Not-to-Exceed (NTE) budget of $70,000 per contract period.
Contract & Submission Requirements
Proposals must be submitted electronically via email to matthew.bigelow.1@us.af.mil with the subject line "Synopsitation FA860126R0002". The entire proposal must be contained in a single email not exceeding 15 megabytes, using only .pdf, .doc, .docx, .xls, or .xlsx file types. Proposals must be structured in two volumes: Volume I (Technical, 70-page limit) and Volume II (Price & Offer Documentation, 50-page limit). Offers must remain valid for 180 days. Bidders must acknowledge all amendments.
Evaluation Criteria
Award will be made to the responsible offeror with a technically acceptable proposal and the lowest Total Evaluated Price (TEP). Technical proposals will be rated "Acceptable" or "Unacceptable" based on:
- Quality Control Plan (PWS Paragraph 2.1)
- Inspection Reports (PWS Paragraph 1.4.1)
- Written Repair Estimates (PWS Paragraph 1.4.2)
- Prior Experience: Proof of at least three recent relevant contracts and experience with a minimum of 50 cranes (commercial or government experience is acceptable). Price proposals will be evaluated for completeness, unbalanced pricing, and fair and reasonableness. No tradeoffs between price and non-price factors are permitted.
Key Dates & Contacts
- Questions Due: March 26, 2026, 11:00 AM EDT
- Proposals Due: April 2, 2026, 1:00 PM EDT
- Primary Contact: Matthew Bigelow (matthew.bigelow.1@us.af.mil)
Important Notes
There is no incumbent contractor for these services. Contractor personnel require base access (AFMC Form 496) and a REAL-ID compliant credential; access to controlled areas requires a favorable Tier 1 security investigation, with escort by government personnel pending completion. Due to the 100% Small Business Set-Aside, the prime contractor must perform at least 50% of the contract cost with its own employees. Funds are not presently available, and award is contingent upon securing funds.